HomeMy WebLinkAboutBID - 10140 Asphalt Supply 202510140 ASPHALT SUPPLY 2025 Page 1 of 29
INVITATION TO BID
10140 ASPHALT SUPPLY 2025
BID OPENING: 3:00 PM MT (our clock), March 26, 2025
The City of Fort Collins is requesting bids from qualified Vendors for provide the City of Fort
Collins with Hot Mix Asphalt (HMA) and Warm Mix Asphalt (WMA) to be picked up by the City or
representatives at the Vendor's asphalt plant
As part of the City’s commitment to Sustainable Purchasing, electronic bid submission is
preferred. Bids shall be submitted online through the Rocky Mountain E-Purchasing
System (RMEPS) at http://www.bidnetdirect.com/colorado/city-of-fort-collins. Please note:
submitting bids through RMEPS may need additional time for completion. Bids not submitted by
the designated Opening Date and Time will not be accepted by the system.
The City encourages all disadvantaged business enterprises to submit bid in response to all
invitations to bid. No individual or business will be discriminated against on the grounds of race,
color, sex, or national origin. It is the City’s policy to create a level playing field on which DBEs
can compete fairly and to ensure nondiscrimination in the award and administration of all
contracts.
Public Bid Opening: Bid opening will be conducted shortly after 3:00 PM MT on March 26, 2025.
Bid openings will be conducted by videoconference. At said place and time, and promptly
thereafter, all Bids that have been duly received will publicly opened and read aloud. To access
the Bid opening, please follow the link:
Join the meeting now
Meeting ID: 249 552 915 848
Passcode: 4Dp2LE6C
Alternatively, the bid opening can be accessed via phone. This option will only allow you to hear
the audio presentation.
Call-in number: 1-970-628-0892
Conference ID: 184 741 569#
Any additional questions should be submitted, preferably in writing via email, to Adam Hill,
Senior Buyer at adhill@fcgov.com with a copy to Asphalt Operations Manager, James
White at jwhite@fcgov.com , no later than 3:00 PM MT (our clock) on March 19, 2025.
Please format your e-mail to include: Bid 10140 Asphalt Supply 2025 in the subject line.
Questions received after this deadline may not be answered. Responses to all questions
submitted before the deadline will be addressed in an addendum and posted on the Rocky
Mountain E-Purchasing System webpage.
Rocky Mountain E-Purchasing System hosted by BidNet:
A copy of the Bid may be obtained at http://www.bidnetdirect.com/colorado/city-of-fort-collins.
This BID has been posted utilizing the following Commodity Code(s):
Purchasing Division
215 N. Mason St. 2nd Floor
PO Box 580
Fort Collins, CO 80522
970.221.6775
fcgov.com/purchasing
10140 ASPHALT SUPPLY 2025 Page 2 of 29
74500 ROAD AND HIGHWAY BUILDING MATERIALS (ASPHALTIC)
74502 Asphalt, AC (Asphalt/Cement)
74504 Asphalt, AC (With Latex/Polymer)
74505 Asphalt, Aggregates
74506 Asphalt, Cutback
74507 Asphalt, Cutback (With Latex/Polymer)
74508 Asphalt, Emulsified
74510 Asphalt, Emulsified (With Latex/Polymer)
74511 Asphalt, Pervious Hot Mix
74512 Asphalt, Oil
74513 Asphalt, Uintaite
74514 Asphaltic Concrete, Cold Laid
74521 Asphaltic Concrete, Hot Laid Including Bituminous Materials
74528 Asphaltic Shell
75595 Recycled Asphalt and Concrete Handling Equipment, Accessories and Supplies
Prohibition of Unlawful Discrimination: The City of Fort Collins, in accordance with the
provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 US.C. §§ 2000d to 2000d-
4) and the Regulations, hereby notifies all bidders that it will affirmatively ensure that any contract
entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded
full and fair opportunity to submit bids in response to this invitation and will not be discriminated
against on the grounds of race, color, or national origin in consideration for an award.
The City strictly prohibits unlawful discrimination based on an individual’s gender (regardless of
gender identity or gender expression), race, color, religion, creed, national origin, ancestry, age
40 years or older, marital status, disability, sexual orientation, genetic information, or other
characteristics protected by law. For the purpose of this policy “sexual orientation” means a
person’s actual or perceived orientation toward heterosexuality, homosexuality, and bisexuality.
The City also strictly prohibits unlawful harassment in the workplace, including sexual
harassment. Further, the City strictly prohibits unlawful retaliation against a person who engages
in protected activity. Protected activity includes an employee complaining that he or she has been
discriminated against in violation of the above policy or participating in an employment
discrimination proceeding.
The City requires its Vendor to comply with the City’s policy for equal employment opportunity
and to prohibit unlawful discrimination, harassment and retaliation. This requirement applies to
all third-party Vendor and their subcontractors/subconsultants at every tier.
Colorado Open Records Act: The City is a governmental entity subject to the Colorado Open
Records Act, C.R.S. §§ 24-72-200.1 et seq. (“CORA”). Any bid submitted hereunder is subject
to public disclosure by the City pursuant to CORA and City ordinances. All submitted bids, Bid
Forms, and the awarded contract will be considered public records subject to disclosure
under CORA. By responding to this Bid, Contractor hereby waives any and all claims for
damages against the City for the City’s good faith compliance with CORA.
Special Instructions:
All bids must be properly signed by an authorized representative of the company with the legal
capacity to bind the company to the agreement. Bids may be withdrawn up to the date and hour
set for closing. Once bids have been accepted by the City and closing has occurred, failure to
enter into contract or honor the purchase order will be cause for removal of supplier's name from
the City of Fort Collins' bidders list for a period of twelve months from the date of the opening.
The City may also pursue any remedies available at law or in equity. Bid prices must be held firm
10140 ASPHALT SUPPLY 2025 Page 3 of 29
for a period of ninety (90) days after bid openings.
Submission of a bid is deemed as acceptance of all terms, conditions and specifications contained
in the City's specifications initially provided to the Vendor. Any proposed modification must be
accepted in writing by the City prior to award of the bid.
Only bids properly received by the Purchasing Office will be accepted. All bids should be
clearly identified by the bid number and bid name contained in the bid proposal.
No bid will be accepted from, or any purchase order awarded, to any person, firm or corporation
in default on any obligation to the City.
Bids must be furnished exclusive of any federal excise tax, wherever applicable.
Vendors must be properly licensed and secure necessary permits wherever applicable.
The City may elect where applicable, to award bids on an individual item/group basis or on a total
bid basis, whichever is most beneficial to the City. The City reserves the right to accept or reject
any and all bids, and to waive any irregularities or informalities.
Sales Prohibited/ Conflict of Interest: No officer, employee, or member of City Council, shall
have a financial interest in the sale to the City of any real or personal property, equipment,
material, supplies or services where such officer or employee exercises directly or indirectly any
decision-making authority concerning such sale or any supervisory authority over the services to
be rendered. This rule also applies to subcontracts with the City. Soliciting or accepting any gift,
gratuity, favor, entertainment, kickback or any items of monetary value from any person who has
or is seeking to do business with the City of Fort Collins is prohibited.
Freight Terms: Unless otherwise noted, all freight is F.O.B. Destination, Freight Prepaid. All
freight charges must be included in prices submitted on proposal.
Collusive or Sham Bids: Any bid deemed to be collusive or a sham bid will be rejected and
reported to authorities as such. Your authorized signature of this bid assures that such bid is
genuine and is not a collusive or sham bid.
Utilization of Award by Other Agencies: The City of Fort Collins reserves the right to allow
other state and local governmental agencies, political subdivisions, and/or school districts to
utilize the resulting award under all terms and conditions specified and upon agreement by all
parties. Usage by any other entity shall not have a negative impact on the City of Fort Collins in
the current term or in any future terms.
Vendor Registration: The City requires a new Vendor receiving awards from the City to submit
IRS form W-9 and requires all Vendors to accept Direct Deposit (Electronic) payment. If needed,
the W-9 form and the Vendor Direct Deposit Authorization Form can be found on the City’s
Purchasing website at www.fcgov.com/purchasing under Vendor Reference Documents. Please
do not submit these documents with your proposal, however, if you take exception to
participating in Direct Deposit (Electronic) payments please clearly note such in your proposal as
an exception. The City may waive the requirement to participate in Direct Deposit (Electronic)
payments at its sole discretion.
10140 ASPHALT SUPPLY 2025 Page 4 of 29
Bid results are posted online at http://www.bidnetdirect.com/colorado/city-of-fort-collins.
Gerry Paul
Purchasing Director
10140 ASPHALT SUPPLY 2025 Page 5 of 29
CITY OF FORT COLLINS
GENERAL INFORMATION
The City of Fort Collins is requesting bids to provide the City of Fort Collins with Hot Mix Asphalt
(HMA) and Warm Mix Asphalt (WMA) to be picked up by the City or representatives at the
Vendor's asphalt plant.
Schedule
The following represents the City’s target schedule for the bid. The City reserves the right to
amend the target schedule at any time.
• Bid issuance: March 11, 2025
• Question deadline: 3:00 PM MT on March 19, 2025
• Bid Opening Date: 3:00 MT (our clock) on March 26, 2025
Method of Award
The City reserves the right to award to multiple Vendors or split the bid award however it is most
advantageous to the City.
Award(s) from this bid and subsequent purchase orders will be based primarily on lowest bid price
plus lowest transportation cost to the job and material availability.
Agreement
The awarded Vendor will receive a Purchase Order from the City authorizing work under this
Agreement. Vendor should not begin any Work prior to receipt of the Purchase Order.
The awarded Vendor is also expected to sign the City’s standard Services Agreement, a sample
of which is attached. The Agreement will be effective for a period of one year.
Invoices & Payments
Invoices should be emailed monthly or after a shipment to invoices@fcgov.com with a copy to the
Project Manager. The cost of the item(s) delivered shall be paid to the Vendor each month
following the submittal of a correct invoice. Vendor should include Purchase Order Number and
a detailed description of item(s) on each invoice submitted. The City pays invoices on Net 30
terms.
Fees, Licenses, Permits
The successful Vendor shall be responsible for obtaining any necessary licenses, fees or permits
without additional expense to the City. All equipment shall be properly licensed and insured, carry
the appropriate permits and be placarded as required by law.
Laws and Regulations
All work and/or materials must meet current standards in force by recognized technical and
professional societies, trade and materials supply associations, institutes and organizations,
bureaus and testing laboratories.
The Contractor agrees to comply fully with all applicable local, State of Colorado and Federal laws
and regulations and municipal ordinances to include American Disabilities Act (ADA). The
Contractor further agrees to comply fully with the Occupational Safety and Health Act, all
10140 ASPHALT SUPPLY 2025 Page 6 of 29
regulations issued there under, and all state laws and regulations enacted and adopted pursuant
thereto.
Insurance
Vendor is responsible for providing the City with insurance as required in the attached Agreement.
Warranty
Vendor warrants the materials will be in compliance with the Standard Specifications.
10140 ASPHALT SUPPLY 2025 Page 7 of 29
CITY OF FORT COLLINS
BID SUBMITTAL INSTRUCTIONS
The following items must be provided in the bid submittal package:
1) Completed Bid Submittal , consisting of two (2) pages, including:
• Bid Schedule
• Vendor Acknowledgement. You must completely fill out the contact
information portion.
Failure to submit any of the above may result in your bid being considered non
responsive.
10140 ASPHALT SUPPLY 2025 Page 8 of 29
BID PROPOSAL
WE HEREBY ENTER OUR BID FOR THE CITY OF FORT COLLINS, REQUIREMENTS FOR
10140 ASPHALT SUPPLY 2025 PER BID INVITATION, ATTACHED SPECIAL
INSTRUCTIONS, AND ANY REFERENCED SPECIFICATIONS:
The Colorado Department of Transportation “Standard Specification for Road and Bridge
Construction”, latest revision, including all Supplemental Specifications and the current version of
the Larimer County Urban Area Street Standards are made part of this contract by this reference,
except as revised herein, and hereby adopted as the minimum Standard Specification of
compliance for this contract (the “Standard Specifications”).
The purpose of this bid is to provide the City of Fort Collins with Hot Mix Asphalt/Warm Mix Asphalt
to be picked up by the City at the Vendor’s asphalt plant.
Quantities are estimates only and will be used for bidding and award purposes only. The City
reserves the right to award to more than one Vendor. The City reserves the right to award on
cost per ton plus lowest transportation costs to the job and availability of material. Any asphalt
product not in compliance with the Standard Specifcations may be rejected by the City. Vendor
must have silo storage capabilities of a minimum of 500 tons.
Awarded Vendor(s) must enter into the attached Service Agreement (for your review) and provide
the required insurance. This Agreement and Bid Schedule are effective for one year from the
effective date of the Agreement.
The awarded Vendor must supply asphalt as requested by the City departments on demand, with
12 hours prior notice by the City. This applies to pickups Monday through Saturday, occasionally
at night, and infrequently on Sundays, unless legally prohibited. City crews shall not be kept
waiting for loading of asphalt for a period longer than fifteen (15) minutes and should alternate
when loading if Vendor’s trucks are waiting.
The City may require testing of the work, including materials, products, processes and equipment.
The costs for tests not required elsewhere by these specifications shall be paid by the City where
such tests show compliance with the Standard Specifications and/or terms of this Agreement;
otherwise the costs shall be paid by the Vendor.
Any products, materials and equipment condemned or rejected by the City or it’s authorized
inspector because of nonconformity with the Standard Specifications and/or the terms of this
Agreement may be removed or reduced in price as provided in the Standard Specifications. Any
costs to remove and replace non-conforming materials, shall be borne by the Vendor.
The City, and authorized government agents, and their representatives, shall at all times be
provided safe access to the Vendor’s asphalt plant; and the Vendor shall provide facilities for such
access and for inspection.
10140 ASPHALT SUPPLY 2025 Page 9 of 29
BID SUBMITTAL FORM
A. BID SCHEDULE
Warm Mix/Hot Mix Asphalt Pricing (FOB Plant)
ITEM ITEM ESTIMATED UNIT VENDOR
NO. DESCRIPTION QUANTITY PRICE MIX ID #
403.10 WMA/HMA SX 75 (PG 58-28) 20% RAP 2,000 tons $_________ /ton ______
403.11 WHA/HMA SX 75 (PG 58-28) 30% RAP 3,000 tons $_________/ton ______
403.15 WMA/HMA SX 75 (PG 64-22) 20% RAP 15,000 tons $_________ /ton ______
403.20 WMA/HMA SX 75 (PG 64-28) 20% RAP 5,000 tons $_________ /ton ______
403.25 WMA/HMA S 75 (PG 58-28) 20% RAP 2,000 tons $_________ /ton ______
403.30 WMA/HMA S 75 (PG 64-22) 20% RAP 10,000 tons $_________ /ton ______
403.35 WMA/HMA S 75 (PG 64-28) 20% RAP 5,000 tons $_________ /ton ______
403.40 WMA/HMA SG 75 (PG 64-22) 20% RAP 500 tons $_________ /ton ______
Note: The quantities listed above are estimates only. The City of Fort Collins reserves the right
to modify the quantities for any or all items listed.
IN ADDITION TO THE BID SCHEDULE PRICES FOR EACH MIX DESIGN LISTED ABOVE,
VENDORS MUST SUBMIT THE FOLLOWING LIQUID ASPHALT COSTS FOR THE 2025
SEASON. ALL PRICES ARE NOT TO BE ADJUSTED FOR THE ENTIRETY OF THIS
AGREEMENT. THESE PRICES ARE INTENDED TO BE LOCKED IN FOR THE LENGTH OF THE
AGREEMENT FROM DATE SIGNED TO THE SAME DATE IN THE FOLLOWING YEAR.
Asphalt Cement (PG 58-28) $________________ /ton
Asphalt Cement (PG 64-22) $________________ /ton
Asphalt Cement (PG 64-28) $________________ /ton
NIGHT OR WEEKEND UP-CHARGE (OPTIONAL) $________________ /ton
REVISION OF SECTION 401
PLANT MIX PAVEMENTS – GENERAL
10140 ASPHALT SUPPLY 2025 Page 10 of 29
Section 401 of the Standard Specifications is hereby revised as follows:
• The following paragraph shall be deleted from Subsection 401.02 of the Standard
Specifications:
(a)(3) “A sufficient quantity of each aggregate for the Department to perform the tests
specified in Section 3.2.1 of CP 52.”
The Contractor’s proposed job-mix formula for each hot mix asphalt grading will be tested by
the Department utilizing materials actually produced and stockpiled for use on the project.
The job-mix formula for each mixture shall establish a single percentage of aggregate
passing each required sieve size, a single percentage of asphalt cement to be added to the
aggregate, and a single temperature for the mixture at the discharge point of the plant.
When Laboratory tests indicate that a proposed job-mix formula complies with the
specifications as revised for the project, a Form 43 shall be executed between the Engineer
and the Contractor to establish the job-mix formula.
• Subsection 401.02 is hereby revised to include the following:
Requests made in writing by the Contractor for changes in the job mix formula shall be
considered by the Engineer. A job mix formula shall be determined by the Contractor and
submitted to the Engineer for approval a minimum of one week prior to the beginning of
construction for each proposed change. The Contractor shall provide the Engineer with a
report from an independent testing laboratory acceptable to the Engineer. The report shall
state the Superpave properties, optimum oil content, job mix formula and recommended
mixing and placing temperatures. The costs for all job mix formulas shall be the responsibility
of the Contractor.
Mix design verification testing shall be the responsibility of the Contractor. A minimum of one
verification per mix design or one per 10,000 ton of mix used shall be provided to confirm oil
content, gradation, air voids, VMA, and stability.
END OF SECTION
10140 ASPHALT SUPPLY 2025 Page 11 of 29
Section 403 of the Standard Specifications is hereby revised as follows:
Subsection 403.01 shall be amended to include the following:
This work shall consist of supplying foamed WMA or standard HMA to the City of Fort Collins. This
material shall be picked up by The City of Fort Collins at the Contractor’s asphalt plant. The
material shall include Grading SX, Grading S, and Grading SG Foamed Warm Mix Asphalt (WMA)/
Hot Mix Asphalt (HMA), according to the current Colorado Department of Transportation Design
Criteria and the Larimer County Urban Area Street Standards or as specified herein.
The Asphalt Pavement Material supplier may choose to supply HMA over WMA, if conditions are
not appropriate for the successful production or placement WMA. Water foamed WMA production
technology shall be approved by CDOT and included on the approved product list for Warm Mix
Asphalt at (HTTPS://codot.gov/business/apl/asphalt-warm-mix.html).
Subsection 403.02 shall be amended to include the following:
Laboratory Mix Design – Superpave mix, Grading S, SX, SG - The mix design shall be prepared
by an independent laboratory acceptable to the Engineer. The criterion for the mix design is as
follows:
o Designed according to most recent set of SUPERPAVE Specifications available at
the time.
o A request made in writing by the Contractor for changes in the job mix formula will
be considered by the Engineer.
o The design mix for Grading S, SX, and SG shall conform to the current Larimer
County Urban Area Street Standards and the following:
Property Test
Method
Grading
S
Grading
SG
Grading
SX
Minimum Dry Split Tensile
Strength, kPa (psi)
CPL 5109
Method B
205 (30) 205 (30) 205 (30)
Grade of Asphalt Cement
PG 58-28
PG 64-22
PG 64-28
PG 64-22
PG 58-28
PG 64-22
PG 64-28
Voids in the Mineral Aggregate
(VMA) % minimum CP 48 (a) (a) (a)
Voids Filled with Asphalt (VFA)
% AI MS-2 (a) (a) (a)
10140 ASPHALT SUPPLY 2025 Page 12 of 29
(a) Current CDOT Design Criteria
Subsection 403.05 is revised to include the following:
The accepted quantities will be paid for at the contract unit price for each of the pay items listed
below:
Pay Item Unit
403.10 WMA/HMA GR SX (PG 58-28) 20% RAP Ton
403.11 WMA/HMA GR SX (PG 58-28) 30% RAP Ton
403.15 WMA/HMA GR SX (PG 64-22) 20% RAP Ton
403.20 WMA/HMA GR SX (PG 64-28) 20% RAP Ton
403.25 WMA/HMA GR S (PG 58-28) 20% RAP Ton
403.30 WMA/HMA GR S (PG 64-22) 20% RAP Ton
403.35 WMA/HMA GR S (PG 64-28) 20% RAP Ton
403.40 WMA/HMA GR SG (PG 64-22) 20% RAP Ton
The above prices and payments shall include full compensation for furnishing all labor, materials,
tools, equipment, and incidentals, and for doing all the work involved in providing Hot Mix Asphalt
materials, complete, as specified in these specifications, and as directed by the Engineer. No unit
price difference shall be recognized between water foamed WMA and standard HMA materials.
END OF SECTION
10140 ASPHALT SUPPLY 2025 Page 13 of 29
B. ACKNOWLEDGEMENT
Vendor hereby acknowledges receipt of the City of Fort Collins Bid and acknowledges that it
has read and agrees to be fully bound by all of the terms, conditions and other provisions set
forth in 10140 Asphalt Supply 2025 except as otherwise noted. Additionally, Vendor hereby
makes the following representations to City:
a. All of the statements and representations made in this proposal are true to the best of the
Vendor’s knowledge and belief.
b. Vendor commits that it is able to meet the terms provided in this proposal.
c. This proposal is a firm and binding offer, for a period of 90 days from the date hereof.
d. Vendor further agrees that the method of award is acceptable.
e. Vendor also agrees to complete the proposed Notice of Award (NOA) with the City of Fort
Collins within 10 days of notice of award. If NOA is not completed and signed within 10
days, City reserves the right to cancel and award to the next highest rated firm.
f. Vendor acknowledges receipt of addenda.
g. Vendor acknowledges no conflict of interest.
h. Vendor acknowledges that the City is a governmental entity subject to the Colorado Open
Records Act, C.R.S. §§ 24-72-200.1 et seq. (“CORA”). Any bid submitted hereunder is
subject to public disclosure by the City pursuant to CORA and City ordinances. All
submitted bids, Bid Forms, and the awarded contract will be considered public
records subject to disclosure under CORA. By responding to this Bid, Vendor hereby
waives any and all claims for damages against the City for the City’s good faith compliance
with CORA.
Legal Firm Name:
Physical Address:
Remit to Address:
Phone:
Name of Authorized Agent of Firm:
Signature of Authorized Agent:
Primary Contact for Project:
Title: Email Address:
Phone: Cell Phone:
NOTE: ALL BID SUBMITTAL FORM PAGES MUST BE COMPLETED, SIGNED
WHERE REQUIRED & RETURNED WITH YOUR BID PROPOSAL PACKAGE.
Official Purchasing Document
Last updated 5/2024
Services Agreement
ITB 10140 2025 Asphalt Supply Page 14 of 29
ATTACHMENT A
SAMPLE SERVICES AGREEMENT (FOR REFERENCE ONLY – DO NOT SIGN)
This SERVICES AGREEMENT (AGREEMENT) made and entered into the day and year
set forth in the Agreement Period section below by and between the CITY OF FORT COLLINS,
COLORADO, a Colorado Municipal Corporation, (CITY) and , a(n) [enter state] [business
type], (SERVICE PROVIDER).
WITNESSETH:
In consideration of the mutual covenants and obligations herein expressed, it is agreed by
and between the parties hereto as follows:
1. Scope of Services. The SERVICE PROVIDER agrees to provide Services in accordance
with the Scope of Services (Services) attached hereto as Exhibit A, consisting of [# of Pages]
and incorporated herein. Irrespective of references to named third parties in this
AGREEMENT and its Exhibits, the SERVICE PROVIDER shall be solely responsible for
performance of all duties hereunder.
2. Changes. The CITY may, at any time during the term of the AGREEMENT, make changes
to the AGREEMENT. Such changes shall be agreed upon in writing by the parties.
3. Agreement Period. This AGREEMENT shall commence , 20 (the Effective
Date) and shall continue in full force and effect until , 20 , unless sooner
terminated as herein provided.
4. Early Termination by CITY. Notwithstanding the time periods contained herein, the CITY
may terminate this AGREEMENT at any time without cause or penalty by providing at least
ten (10) calendar days written notice of termination to the SERVICE PROVIDER.
In the event of early termination by the CITY, the SERVICE PROVIDER shall be paid for
Services rendered to the date of termination, subject only to the satisfactory performance of
the SERVICE PROVIDER's obligations under this AGREEMENT. SERVICE PROVIDER
shall submit a final invoice within ten (10) calendar days of the effective date of termination.
Payment shall be the SERVICE PROVIDER's sole right and remedy for such termination.
5. Notices. All notices provided under this AGREEMENT shall be effective immediately when
emailed or three (3) business days from the date of the notice when mailed to the following
addresses:
SERVICE PROVIDER: CITY: Copy to:
Attn: James White
PO Box 580
Fort Collins, CO 80522
jwhite@fcgov.com
Attn: Purchasing Dept.
PO Box 580
Fort Collins, CO 80522
purchasing@fcgov.com
Official Purchasing Document
Last updated 5/2024
Services Agreement
ITB 10140 2025 Asphalt Supply Page 15 of 29
All notices under this AGREEMENT shall be written.
6. Compensation. In consideration of the Services to be performed pursuant to this
AGREEMENT, the CITY agrees to pay the SERVICE PROVIDER on a time and
reimbursable direct cost basis in accordance with Exhibit [choose one], consisting of [# of
Pages], attached and incorporated herein. Monthly partial payments based upon the
SERVICE PROVIDER's billings and itemized statements are permissible. The amounts of
all such partial payments shall be based upon the SERVICE PROVIDER's CITY-verified
progress in completing the Services to be performed pursuant hereto and upon the CITY's
approval of the SERVICE PROVIDER's actual reimbursable expenses. Final payment shall
be made following acceptance by the CITY of the Services.
Invoices shall be emailed to invoices@fcgov.com with a copy to the CITY Project Manager.
The cost of the Services completed shall be paid to the SERVICE PROVIDER following the
submittal of a correct itemized invoice by the SERVICE PROVIDER. The CITY is exempt
from sales and use tax. The CITY’s Certificate of Exemption license number is
09804502. A copy of the license is available upon written request.
The CITY pays undisputed invoices on Net 30 days from the date of the invoice submittal
to the CITY or, for disputed invoices, Net 30 days from the date of CITY Project Manager’s
approval.
7. Design and Service Standards. The SERVICE PROVIDER warrants and shall be
responsible for the professional quality, technical accuracy, accessibility requirements under
ADA and Public Accommodations and Technology Accessibility sections below, timely
completion and the coordination of all Services rendered by the SERVICE PROVIDER, and
the Project Instruments as defined in the Project Instruments and License section below.
The SERVICE PROVIDER shall, without additional compensation, promptly remedy and
correct any errors, omissions, or other deficiencies from such standards.
8. Indemnification. The SERVICE PROVIDER shall indemnify, defend, and hold harmless the
CITY and its officers and employees, to the maximum extent permitted under Colorado law,
against and from any and all actions, suits, claims, demands, or liability of any character
whatsoever claimed by the SERVICE PROVIDER or third parties against the CITY arising
out of or related to this AGREEMENT (including but not limited to contract, tort, intellectual
property, accessibility, or otherwise). This obligation extends to reimbursement of the
CITY's defense costs and reasonable attorney’s fees.
9. Insurance. The SERVICE PROVIDER shall maintain insurance in accordance with Exhibit
[choose one] consisting of [# of Pages], attached and incorporated herein.
10. Appropriation. To the extent this AGREEMENT or any provision in it. requires payment of
any nature in fiscal years subsequent to the current fiscal year and constitutes a multiple
fiscal year debt or financial obligation of the CITY, it shall be subject to annual appropriation
by Fort Collins City Council as required in Article V, Section 8(b) of the City Charter, City
Code Section 8-186, and Article X, Section 20 of the Colorado Constitution. The CITY shall
Official Purchasing Document
Last updated 5/2024
Services Agreement
ITB 10140 2025 Asphalt Supply Page 16 of 29
have no obligation to continue this AGREEMENT in any fiscal year for which there are no
pledged cash reserves or supporting appropriations pledged irrevocably for purposes of
payment obligations herein. Non-appropriation by the CITY shall not be construed as a
breach of this AGREEMENT.
11. Project Instruments and License.
a. Upon execution of this AGREEMENT, the SERVICE PROVIDER grants to the CITY an
irrevocable, unlimited and royalty free license to use any and all sketches, drawings, as-
builts, specifications, designs, blueprints, data files, calculations, studies, analysis,
renderings, models, plans, reports, and other deliverables (Project Instruments), in any
form whatsoever and in any medium expressed, for purposes of constructing, using,
maintaining, altering and adding to the project, provided that the CITY substantially
performs its obligations under the AGREEMENT. The license granted hereunder
permits the CITY and third parties reasonably authorized by the CITY to reproduce
applicable portions of the Project Instruments for use in performing the Services or
construction for the project. In addition, the license granted hereunder shall permit the
CITY and third parties reasonably authorized by the CITY to reproduce and use the
Project Instruments for similar projects, provided however, in such event the SERVICE
PROVIDER shall not be held responsible for the design to the extent the CITY deviates
from the Project Instruments. This license shall survive termination of the
AGREEMENT by default or otherwise.
b. Upon payment of each invoice, associated Project Instruments rendered by the
SERVICE PROVIDER shall become the CITY’s property. The SERVICE PROVIDER
shall provide the CITY with the Project Instruments in electronic format in a mutually
agreed upon file type.
12. CITY Project Manager. The CITY will designate, before commencement of the Services, the
CITY Project Manager who will make, within the scope of their authority, all necessary and
proper decisions with reference to the Services provided under this AGREEMENT. All
requests for contract interpretations, change order, and other clarification or instruction shall
be directed to the CITY Project Manager.
The initial CITY Project Manager for this AGREEMENT is James White and can be reached
at jwhite@fcgov.com or 970-221-6615. The CITY Project Manager is subject to change by
the CITY.
13. Independent Contractor. The Services to be performed by the SERVICE PROVIDER are
those of an independent contractor and not of an employee of the CITY. The CITY shall not
be responsible for withholding or remitting any portion of SERVICE PROVIDER's
compensation hereunder or any other amounts on behalf of SERVICE PROVIDER for the
payment of FICA, Workmen's Compensation, unemployment insurance, other taxes or
benefits or for any other purpose.
14. Personal Services. It is understood that the CITY enters into the AGREEMENT based on
the special abilities of the SERVICE PROVIDER and that this AGREEMENT shall be
Official Purchasing Document
Last updated 5/2024
Services Agreement
ITB 10140 2025 Asphalt Supply Page 17 of 29
considered as an AGREEMENT for personal services. Accordingly, the SERVICE
PROVIDER shall neither assign any responsibilities nor delegate any duties arising under
the AGREEMENT without the prior written consent of the CITY.
15. Subcontractors/Subconsultants. SERVICE PROVIDER may not subcontract any of the
Services without the prior written consent of the CITY, which shall not be unreasonably
withheld. If any of the Services are subcontracted hereunder (with the consent of the CITY),
then the following provisions shall apply:
a. the subcontractor must be a reputable, qualified firm with an established record of
successful performance in its respective trade performing identical or substantially
similar work;
b. the subcontractor will be required to comply with all applicable terms of this
AGREEMENT;
c. the subcontract will not create any contractual relationship between any such
subcontractor and the CITY, nor will it obligate the CITY to pay or see to the payment of
any subcontractor; and
d. the work of the subcontractor will be subject to inspection by the CITY to the same extent
as the work of the SERVICE PROVIDER.
The SERVICE PROVIDER shall require all subcontractor/subconsultants
performing Service(s) hereunder to maintain insurance coverage naming the CITY
as an additional insured under this AGREEMENT in accordance with Exhibit [choose
one]. The SERVICE PROVIDER shall maintain a copy of each
subcontractor’s/subconsultant’s certificate evidencing the required insurance. Upon
request, the SERVICE PROVIDER shall provide the CITY with a copy of the
certificate(s) within two (2) business days.
The SERVICE PROVIDER shall be responsible for any liability directly or indirectly
arising out of the Services performed under this AGREEMENT by a
subcontractor/subconsultant, which liability is not covered by the
subcontractor/subconsultant's insurance.
16. Acceptance Not Waiver. The CITY's approval of Project Instruments furnished hereunder
shall not in any way relieve the SERVICE PROVIDER of responsibility for the quality or
technical accuracy of the Services. The CITY’S approval or acceptance of, or payment for
any of the Services shall not be construed to operate as a waiver of any rights or benefits
provided to the CITY under this AGREEMENT.
17. Warranty.
a. SERVICE PROVIDER warrants that all Services performed hereunder shall be
performed with the highest degree of competence and care in accordance with accepted
standards for Services of a similar nature.
Official Purchasing Document
Last updated 5/2024
Services Agreement
ITB 10140 2025 Asphalt Supply Page 18 of 29
b. Unless otherwise provided in the AGREEMENT, all materials and equipment
incorporated into any Services shall be new and, where not specified, of the most
suitable grade of their respective kinds for their intended use, and all Services must be
of a quality acceptable to CITY.
c. SERVICE PROVIDER warrants all equipment, materials, labor and other Services,
provided under this AGREEMENT, except CITY-furnished materials, equipment and
labor, against defects and nonconformances in design, materials and Service quality for
the original manufacturer’s warranty term or a period beginning with the start of the
Services and ending twelve (12) months from and after final acceptance under the
AGREEMENT, whichever is time is longer, regardless of whether the same were
furnished or performed by SERVICE PROVIDER or by any of its subcontractors of any
tier. Upon receipt of written notice from the CITY of any such defect or
nonconformances, the affected item or part thereof shall be redesigned, repaired or
replaced by SERVICE PROVIDER in a manner and at a time acceptable to CITY.
18. Default. Each and every term and condition hereof shall be deemed to be a material element
of this AGREEMENT. In the event either party should fail or refuse to perform according to
the terms of this AGREEMENT, that party may be declared in default upon notice.
19. Remedies. In the event a party has been declared in default, that defaulting party shall be
allowed a period of ten (10) calendar days from the date of notice within which to cure said
default. In the event the default remains uncorrected, the party declaring default may elect
to:
a. terminate the AGREEMENT and seek damages;
b. treat the AGREEMENT as continuing and require specific performance; or
c. avail themselves of any other remedy at law or equity.
In the event of a dispute between the parties regarding this AGREEMENT, each party shall
bear its own attorney fees and costs, except as provided for in the Indemnification and
Technology Accessibility sections.
20. Entire Agreement; Binding Effect; Authority to Execute. This AGREEMENT, along with all
Exhibits and other documents incorporated herein, shall constitute the entire AGREEMENT
of the parties regarding this transaction and the matter recited herein. This AGREEMENT
supersedes any prior agreements, promises, or understandings as to the matter recited
herein. The AGREEMENT shall be binding upon said parties, their officers, employees,
agents and assigns and shall inure to the benefit of the respective survivors, heirs, personal
representatives, successors and assigns of said parties. Covenants or representations not
contained in this AGREEMENT shall not be binding on the parties. In the event of a conflict
between terms of the AGREEMENT and any exhibit or attachment, the terms of the
AGREEMENT shall prevail. Each person executing this AGREEMENT affirms that they
have the necessary authority to sign on behalf of their respective party and to bind such
party to the terms of this AGREEMENT.
Official Purchasing Document
Last updated 5/2024
Services Agreement
ITB 10140 2025 Asphalt Supply Page 19 of 29
21. Law/Severability. The laws of the State of Colorado and the City of Fort Collins Charter and
Municipal Code shall govern the construction, interpretation, execution, and enforcement of
this AGREEMENT—without regard to choice of law or conflict of law principles. The Parties
further agree that Larimer County District Court is the proper venue for all disputes. If the
CITY subsequently agrees in writing that the matter may be heard in federal court, venue
will be in U.S. District Court for the District of Colorado. In the event any provision of this
AGREEMENT shall be held invalid or unenforceable by any court of competent jurisdiction,
that holding shall not invalidate or render unenforceable any other provision of this
AGREEMENT.
22. Use by Other Agencies. The CITY reserves the right to allow other state and local
governmental agencies, political subdivisions, and/or school districts (collectively Agency)
to use the CITY’s award determination to the SERVICE PROVIDER. Use by any other
Agency shall not have a negative impact on the CITY in the current term or in any future
terms. Nothing herein shall be deemed to authorize or empower the Agency to act as an
agent for the CITY in connection with the exercise of any rights hereunder, and neither party
shall have any right or authority to assume or create any obligation or responsibility on behalf
of the other. The other Agency shall be solely responsible for any debts, liabilities, damages,
claims or expenses incurred in connection with any agreement established between them
and the SERVICE PROVIDER. The CITY’s concurrence hereunder is subject to the
SERVICE PROVIDER’s commitment that this authorization shall not have a negative impact
on the Services to be completed for the CITY.
23. Prohibition Against Unlawful Discrimination. The SERVICE PROVIDER acknowledges that
the CITY, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78
Stat. 252, 42 US.C. § 2000d to 2000d-4); C.R.S. § 24-34-401, and any associated State or
Federal laws and regulations strictly prohibits unlawful discrimination based on an
individual’s gender (regardless of gender identity or gender expression), race, color, religion,
creed, national origin, ancestry, age 40 years or older, marital status, disability, sexual
orientation, genetic information, or other characteristics protected by law. Pursuant to CITY
policy “sexual orientation” means a person’s actual or perceived orientation toward
heterosexuality, homosexuality, and bisexuality. The CITY also strictly prohibits unlawful
harassment in the workplace, including sexual harassment. Further, the CITY strictly
prohibits unlawful retaliation against a person who engages in protected activity. Protected
activity includes an employee complaining that he or she has been discriminated against in
violation of the above policy or participating in an employment discrimination proceeding.
The SERVICE PROVIDER shall comply with the CITY’s policy for equal employment
opportunity and to prohibit unlawful discrimination, harassment and retaliation. This
requirement applies to all third-party vendors and their subcontractors at every tier.
24. ADA and Public Accommodations. In performing the Services required hereunder, the
SERVICE PROVIDER agrees to meet all requirements of the Americans with Disabilities
Act of 1990, C.R.S. § 24-85-101, and all applicable rules and regulations (ADA), and all
applicable Colorado public accommodation laws, which are imposed directly on the
Official Purchasing Document
Last updated 5/2024
Services Agreement
ITB 10140 2025 Asphalt Supply Page 20 of 29
SERVICE PROVIDER or which would be imposed on the CITY as a public entity.
25. Data Privacy. SERVICE PROVIDER will comply with all applicable data privacy regulations
and laws, specifically including Colorado’s Privacy Act, C.R.S § 6-1-1301 (the Privacy Act).
SERVICE PROVIDER shall ensure that each person processing any personal data
connected to the Services is subject to a duty of confidentiality with respect to the data. If
applicable, SERVICE PROVIDER shall require that any subcontractors meet the obligations
of SERVICE PROVIDER with respect to any personal data connected to this AGREEMENT.
The Parties agree that upon termination of the Services that SERVICE PROVIDER shall, at
the CITY’s choice, delete or return all personal data to the CITY unless retention of the
personal data is required by law. SERVICE PROVIDER shall make available to the CITY all
information necessary to demonstrate compliance with the obligations of the Privacy Act.
SERVICE PROVIDER shall allow for, and contribute to, reasonable audits and inspections
by the CITY or the CITY’s designated auditor.
26. Governmental Immunity Act. No term or condition of this AGREEMENT shall be construed
or interpreted as a waiver, express or implied, of any of the notices, requirements,
immunities, rights, benefits, protections, limitations of liability, and other provisions of the
Colorado Governmental Immunity Act, C.R.S. § 24-10-101, and under any other applicable
law.
27. Colorado Open Records Act. The SERVICE PROVIDER acknowledges the CITY is a
governmental entity subject to the Colorado Open Records Act, C.R.S. § 24-72-201
(CORA), and documents in the CITY’s possession may be considered public records subject
to disclosure under the CORA.
28. Delay. Time is of the essence. Subject to Force Majeure , if the SERVICE PROVIDER is
temporarily delayed in whole or in part from performing its obligations, then the SERVICE
PROVIDER shall provide written notice to the CITY within two (2) business days defining
the nature of the delay. Provision of written notice under this Section shall not operate as a
waiver of any rights or benefits provided to the CITY under this AGREEMENT.
29. Force Majeure. No Party hereto shall be considered in default in the performance of an
obligation hereunder to the extent that performance of such obligation is delayed, hindered,
or prevented by force majeure. Force majeure shall be any cause beyond the control of the
party that could not reasonably have been foreseen and guarded against. Force majeure
includes, but is not limited to, acts of God, fires, riots, pandemics, incendiarism, interference
by civil or military authorities, compliance with regulations or orders of military authorities,
and acts of war (declared or undeclared), provided such cause could not have been
reasonably foreseen and guarded against by the affected party. Force majeure shall not
include increases in labor, commodity, utility, material, supply, fuel, or energy costs, or
compliance with regulations or orders of civil authorities. To the extent that the performance
is actually prevented, the SERVICE PROVIDER must provide notice to the CITY of such
condition within ten (10) calendar days from the onset of such condition.
Official Purchasing Document
Last updated 5/2024
Services Agreement
ITB 10140 2025 Asphalt Supply Page 21 of 29
30. Dust Control. The SERVICE PROVIDER shall abide by the City of Fort Collins “Dust Control
and Prevention Manual,” which is available for public download at https://www. fcgov.com/
airquality/pdf/dust-prevention-and-control-manual.pdf, and is incorporated herein by this
reference. The CITY has implemented this manual for all projects performed for the CITY
or located within Fort Collins city limits.
31. Special Provisions. Special provisions or conditions relating to the Services to be performed
pursuant to this AGREEMENT are set forth in Exhibit [choose one] - Confidentiality,
consisting of four (4) pages, incorporated herein.
32. Order of Precedence. In the event of a conflict or inconsistency within this AGREEMENT,
the conflict or inconsistency shall be resolved by giving preference to the documents in the
following order of priority:
a. The body of this AGREEMENT (and any written amendment),
b. Exhibits to this AGREEMENT, and
c. The Purchase Order document.
33. Prohibited Terms. Nothing in any Exhibit or other attachment shall be construed as a
waiver of any provision above. Any terms included in any Exhibit or other attachment
that requires the CITY to indemnify or hold SERVICE PROVIDER harmless; requires
the CITY to agree to binding arbitration; limits SERVICE PROVIDER’s liability; or that
conflicts with statute, City Charter or City Code in any way, shall be void.
[Signature Page Follows]
Official Purchasing Document
Last updated 5/2024
Services Agreement
ITB 10140 2025 Asphalt Supply Page 22 of 29
THE CITY OF FORT COLLINS, COLORADO
By:
Gerry Paul, Purchasing Director
Date:
ATTEST:
APPROVED AS TO FORM:
SERVICE PROVIDER
By:
Printed:
Title:
Date:
Official Purchasing Document
Last updated 5/2024
Services Agreement
ITB 10140 2025 Asphalt Supply Page 23 of 29
EXHIBIT A
SCOPE OF SERVICES
Official Purchasing Document
Last updated 5/2024
Services Agreement
ITB 10140 2025 Asphalt Supply Page 24 of 29
EXHIBIT [CHOOSE ONE]
BID SCHEDULE/ COMPENSATION
The following pricing shall remain fixed for the term of this AGREEMENT.
Official Purchasing Document
Last updated 5/2024
Services Agreement
ITB 10140 2025 Asphalt Supply Page 25 of 29
EXHIBIT [CHOOSE ONE]
INSURANCE REQUIREMENTS
The SERVICE PROVIDER will provide, from insurance companies acceptable to the CITY, the
insurance coverage designated hereinafter and pay all costs. Before commencing work under
this bid, the SERVICE PROVIDER shall furnish the CITY with certificates of insurance showing
the type, amount, class of operations covered, effective dates and date of expiration of policies.
In case of the breach of any provision of the Insurance Requirements, the CITY, at its option, may
take out and maintain, at the expense of the SERVICE PROVIDER, insurance as the CITY may
deem proper and may deduct the cost of such insurance from any monies which may be due or
become due the SERVICE PROVIDER under this AGREEMENT.
Insurance certificates should show the certificate holder as follows:
City of Fort Collins
Purchasing Division
PO Box 580
Fort Collins, CO 80522
The CITY, its officers, agents and employees shall be named as additional insureds on the
SERVICE PROVIDER's general liability and automobile liability insurance policies by
marking the appropriate box or adding a statement to this effect on the certificate, for any
claims arising out of work performed under this AGREEMENT.
Insurance coverages shall be as follows:
A. Workers' Compensation & Employer's Liability. The SERVICE PROVIDER shall maintain
Worker’s Compensation and Employer’s Liability insurance during the life of this
AGREEMENT for all of the SERVICE PROVIDER's employees engaged in work performed
under this AGREEMENT. Workers' Compensation & Employer’s Liability insurance shall
conform with statutory limits of $100,000 per accident, $500,000 disease aggregate, and
$100,000 disease each employee, or as required by Colorado law.
B. General Liability. The SERVICE PROVIDER shall maintain during the life of this
AGREEMENT General Liability insurance as will provide coverage for damage claims of
personal injury, including accidental death, as well as for claims for property damage, which
may arise directly or indirectly from the performance of work under this AGREEMENT.
Coverage for property damage shall be on a (broad form) basis. The amount of insurance for
General Liability shall not be less than $1,000,000 combined single limits for bodily injury and
property damage.
C. Automobile Liability. The SERVICE PROVIDER shall maintain during the life of this
AGREEMENT Automobile Liability insurance as will provide coverage for damage claims of
personal injury, including accidental death, as well as for claims for property damage, which
may arise directly or indirectly from the performance of work under this AGREEMENT.
Coverage for property damage shall be on a (broad form) basis. The amount of insurance for
Automobile Liability shall not be less than $1,000,000 combined single limits for bodily injury
and property damage.
Official Purchasing Document
Services Agreement
ITB 10140 Asphalt Supply 2025 Page 26 of 29
EXHIBIT [CHOOSE ONE]
CONFIDENTIALITY
IN CONNECTION WITH THE SERVICES to be provided by SERVICE PROVIDER under
this AGREEMENT, the parties agree to comply with reasonable policies and procedures with
regard to the exchange and handling of confidential information and other sensitive materials
between the parties, as set forth below.
1. Definitions.
For purposes of this AGREEMENT, the party who owns the referenced information and is
disclosing same shall be referenced as the “Disclosing Party.” The party receiving the
Disclosing Party’s information shall be referenced as the “Receiving Party.”
2. Confidential Information.
Confidential Information controlled by this AGREEMENT refers to information that is not public
and/or is proprietary, including but not limited to location information, network security system,
business plans, formulae, processes, intellectual property, trade secrets, designs,
photographs, plans, drawings, schematics, methods, specifications, samples, reports,
mechanical and electronic design drawings, customer lists, financial information, studies,
findings, inventions, ideas, CITY customer identifiable information (including account,
address, billing, consumption, contact, and other customer data), utility metering data, service
billing records, customer equipment information.
To the extent practical, Confidential Information shall be marked “Confidential” or
“Proprietary.” Nevertheless, SERVICE PROVIDER shall treat as Confidential Information all
customer identifiable information in any form, whether or not bearing a mark of confidentiality
or otherwise requested by the CITY, including but not limited to the non-exclusive list of
Confidential Information above. In the case of disclosure in non-documentary form of non-
customer identifiable information, made orally or by visual inspection, the Disclosing Party
shall have the right, or, if requested by the Receiving Party, the obligation to confirm in writing
the fact and general nature of each disclosure within a reasonable time after it is made in
order that it is treated as Confidential Information. Any information disclosed to the other party
before the execution of this AGREEMENT and related to the services for which SERVICE
PROVIDER has been engaged shall be considered in the same manner and be subject to the
same treatment as the information disclosed after the execution of this AGREEMENT with
regard to protecting it as Confidential Information.
3. Use of Confidential Information.
Receiving Party hereby agrees that it shall use the Confidential Information solely for the
purpose of performing its obligations under this AGREEMENT and not in any way detrimental
to Disclosing Party. Receiving Party agrees to use the same degree of care Receiving Party
uses with respect to its own proprietary or confidential information, which in any event shall
result in a reasonable standard of care to prevent unauthorized use or disclosure of the
Confidential Information. Except as otherwise provided herein, Receiving Party shall keep
confidential and not disclose the Confidential Information. The CITY and SERVICE
PROVIDER shall cause each of their directors, officers, employees, agents, representatives,
and subcontractors to become familiar with, and abide by, the terms of this Exhibit, which shall
survive this AGREEMENT as an on-going obligation of the Parties.
SERVICE PROVIDER shall not use such information to obtain any economic or other benefit
for itself, or any third party, other than in the performance of obligations under this
Official Purchasing Document
Services Agreement
ITB 10140 Asphalt Supply 2025 Page 27 of 29
AGREEMENT.
4. Exclusions from Definition.
The term “Confidential Information” as used herein does not include any data or information
which is already known to the Receiving Party or which before being divulged by the
Disclosing Party: (a) was generally known to the public through no wrongful act of the
Receiving Party; (b) has been rightfully received by the Receiving Party from a third party
without restriction on disclosure and without, to the knowledge of the Receiving Party, a
breach of an obligation of confidentiality; (c) has been approved for release by a written
authorization by the other party hereto; or (d) has been disclosed pursuant to a requirement
of a governmental agency or by operation of law, subject to Paragraph 5 below.
5. Required Disclosure.
Notwithstanding Paragraph 4(d) above, if the Receiving Party receives a request (by
interrogatories, requests for information or documents, subpoena, civil investigative demand
or similar process, or by federal, state, or local law, including without limitation, the Colorado
Open Records Act) to disclose any Confidential Information, the Parties agree the Receiving
Party will provide the Disclosing Party with immediate notice of such request, so the Disclosing
Party may seek an appropriate protective order before disclosure or waive the Receiving
Party’s compliance with this Exhibit.
The Receiving Party shall furnish a copy of this Exhibit with any disclosure.
Notwithstanding this Paragraph 5, Receiving Party shall not disclose Confidential Information
to any person, directly or indirectly, nor use it in any way, except as required by law or
authorized in writing by Disclosing Party.
6. Red Flags Rules.
If applicable, SERVICE PROVIDER must implement reasonable policies and procedures to
detect, prevent and mitigate the risk of identity theft in compliance with the Identity Theft Red
Flags Rules found at 16 Code of Federal Regulations part 681. Further, SERVICE
PROVIDER must take appropriate steps to mitigate identity theft if it occurs with any of the
CITY’s covered information and must notify the CITY in writing within twenty-four (24) hours
of discovery of any breaches of security or Red Flags to the CITY.
7. Data Protection and Data Security.
SERVICE PROVIDER shall have in place information security safeguards designed to
conform to or exceed industry best practices regarding the protection of the confidentiality,
integrity and availability of Confidential Information and shall have written agreements
requiring any subcontractor to meet those standards. These information security safeguards
(the “Information Security Program”) shall be materially consistent with, or more stringent than,
the safeguards described in this Exhibit.
(a) SERVICE PROVIDER’s information security safeguards shall address the following
elements:
• Data Storage, Backups and Disposal
• Logical Access Control (e.g., Role-Based)
• Information Classification and Handling
Official Purchasing Document
Services Agreement
ITB 10140 Asphalt Supply 2025 Page 28 of 29
• Secure Data Transfer (SFTP and Data Transfer Specification)
• Secure Web Communications
• Network and Security Monitoring
• Application Development Security
• Application Security Controls and Procedures (User Authentication, Security
Controls, and Security Procedures, Policies and Logging)
• Incident Response
• Vulnerability Assessments
• Hosted Services
• Personnel Security
(b) Subcontractors. SERVICE PROVIDER may use subcontractors, though such activity shall
not release or absolve SERVICE PROVIDER from the obligation to satisfy all conditions
of this AGREEMENT, including the data security measures described in this Exhibit, and
to require a substantially similar level of data security, appropriate to the types of services
provided and Confidential Information received, for any subcontractor SERVICE
PROVIDER may use. Accordingly, any release of data, confidential information, or failure
to protect information under this AGREEMENT by a subcontractor or affiliated party shall
be attributed to SERVICE PROVIDER and may be considered to be a material breach of
this AGREEMENT.
8. Information Storage. Confidential Information is not to be stored on any local workstation,
laptop, or media such as CD/DVD, USB drives, external hard drives or other similar portable
devices unless the SERVICE PROVIDER can ensure security for the Confidential Information
so stored. Workstations or laptops to be used in the Services will be required to have personal
firewalls on each, as well as have current, active anti-virus definitions.
9. Continuing Obligation. The agreement not to disclose Confidential Information as set forth in
this Exhibit shall apply during the term of the Services and or AGREEMENT and at any time
thereafter unless specifically authorized by the CITY in writing.
10. Termination Remedy. If SERVICE PROVIDER breaches any of the terms of this Exhibit, in
the CITY’s sole discretion, the CITY may immediately terminate this AGREEMENT and
withdraw SERVICE PROVIDER’s right to access Confidential Information.
11. Return of Information. Notwithstanding any other provision of this AGREEMENT to provide
Project Instruments and work product, all material, i.e., various physical forms of media in
which Confidential Information is stored, including but not limited to writings, drawings, tapes,
diskettes, prototypes or products, shall remain the sole property of the Disclosing Party and,
upon request, shall be promptly returned, together with all copies thereof to the Disclosing
Party. Upon return of such materials, all digital and electronic data shall also be deleted in a
non-restorable way by which it is no longer available to the Receiving Party. Upon Disclosing
Party’s request, written verification of the deletion (including date of deletion) is to be provided
to the Disclosing Party within ten (10) days after completion of engagement, whether it be via
termination, completion or otherwise.
12. Injunctive Relief. SERVICE PROVIDER Receiving Party acknowledges that the Disclosing
Official Purchasing Document
Services Agreement
ITB 10140 Asphalt Supply 2025 Page 29 of 29
Party may, based upon the representations made in this AGREEMENT, disclose security
information that is critical to the continued success of the Discloser’s business. Accordingly,
Receiving Party agrees that the Disclosing Party does not have an adequate remedy at law
for breach of this AGREEMENT and therefore, the Disclosing Party shall be entitled, as a non-
exclusive remedy, and in addition to an action for damages, to seek and obtain an injunction
or decree of specific performance or any other remedy, from a court of competent jurisdiction
to enjoin or remedy any violation of this AGREEMENT.